Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

Z -- USACE SPK - DLA Warehouse Renovations B22 - Tracy, CA

Notice Date
7/20/2020 11:53:34 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W91238-20-S-0023
 
Response Due
8/3/2020 1:00:00 PM
 
Archive Date
08/18/2020
 
Point of Contact
Nickie Cruthirds, Phone: 916-557-7801
 
E-Mail Address
tiffany.cruthirds@usace.army.mil
(tiffany.cruthirds@usace.army.mil)
 
Description
This Sources Sought Notice is for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Sources Sought Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. If there is a reasonable expectation that at least two (2) responsible small business concerns can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least 15% of the cost of the contract, not including the cost of materials. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described (either through self-performance and/or subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit capability statements. GENERAL SCOPE: The US Army Corps of Engineers, Sacramento District, anticipates a potential requirement to renovate an existing material disposition warehouse for the Department of Defense in Tracy, California. The warehouse is approximately 160,000 square feet with four (4) bays. General work to be performed may include: 1) minor demolition of existing pallet racks, 2) diamond polishing/repairing concrete floors, 3) installation of pallet racks, pallet wrapping machines, security cages, and dock leveler systems, 4) installation of an air conditioned pre-engineered office and a CONEX office, 5) installation of forklift charging stations with exhaust system, 6)� installation of an electrical power pole, pole mounted transformer, and electrical service panel, 7) installation of a truck Radiation Detection (RAD) system and truck scale, 8) minor construction of a crushed gravel and asphalt road and concrete truck pad parking pads, and 9) electrical pole and service line connections. Please see the attached DRAFT site plans for more information regarding the potential requirement. Changes may be made prior to any subsequent solicitation. The potential requirement may result in solicitation being issued in August 2020. If solicited, the Government intends to award a firm-fixed-price contract by 30 October 2020. In accordance with FAR 36.204(g), the estimated magnitude of construction of the potential requirement is expected to be between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Z2ZG, Repair or Alteration of Other Warehouse Buildings CAPABILITY STATEMENT Responses must be limited to ten (10) pages. Please include the following: 1) Company name, DUNS #, address, point of contact, phone number, and e-mail address. 2) Company�s experience and capability to complete contracts of the anticipated magnitude and complexity, and examples of comparable work performed within the past six (6) years (through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime). Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples. 3) Company�s business size and socioeconomic type (certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Paricipant, small business, or large business) for the applicable NAICS. 4) Company�s bonding capability (in the form of a Surety letter). The Capabilities Statement will not be considered an offer, proposal, or bid for any solicitation that may result from this notice. Moreover, responses will not restrict the Government to an acquisition approach. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses by e-mail to the Contract Specialist, Nickie Cruthirds, at (tiffany.cruthirds@usace.army.mil) by 1300 / 1:00 p.m. (PST) Monday, 3 August 2020. Please include Sources Sought Number W91238-20-S-0023 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b6e263f25cc47b5908d9a433301ea10/view)
 
Place of Performance
Address: Tracy, CA 95304, USA
Zip Code: 95304
Country: USA
 
Record
SN05726880-F 20200722/200720230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.